Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

E -- PRE-ASSEMBLED SECURITY MODULE

Notice Date
9/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
RFQ-4-P2JJ00149-LRN
 
Point of Contact
Leta R Neyman, Contracting Officer, Phone (661) 276-3340, Fax (661) 276-2292, Email leta.neyman@dfrc.nasa.gov - Brian G. Bowman, Contracting Officer, Phone (661) 276-3329, Fax (661) 276-2904, Email brian.bowman@dfrc.nasa.gov
 
E-Mail Address
Email your questions to Leta R Neyman
(leta.neyman@dfrc.nasa.gov)
 
Description
NASA/DFRC plans to issue a Request for Quote (RFQ) for Pre-assembled Security Module as per attached Statement of Work. STATEMENT OF WORK FOR PRE-ASSEMBLED SECURITY MODULE 9/04/2002 DIVISION 1 - GENERAL REQUIREMENTS 1.1 SCOPE OF WORK: 1.1.1 Base Bid Item: Provide all materials, equipment and labor to construct and deliver a pre-engineered Security Module with a ballistic rating of Level-3 as described herein to Dryden Flight Research Center, Edwards AFB, CA 93523-0273. 1.1.2 Additive Bid Option #1: Provide all materials, equipment and labor to construct and deliver a similar pre-engineered Security Module with a ballistic rating of Level-4. 1.2=20 CONTRACT DRAWINGS: The following Drawings and Sketches shall be included in this contract, and describe the project more particularly in detail: Sketch #02-148-1 Plan Sketch #02-148-2 Side Elevation=09=20= =20=20 Sketch #-2-148-3 End Elevation 1.2 SAFETY: NASA Dryden strives to be an accident-free work place. A safe workplace begins with safety designed-in. The Security Module contractor shall deliver a unit that is inherently safe to handle and work in because operational safety has been carefully considered, deliberately designed-in, and carefully built-in.=20 The Security Module shall be packaged, shipped and handled at NASA Dryden with minimal hazard to the unloading crew. 1.3 DELIVERY & HANDLING: This Supplier shall deliver the Security Module by common carrier to NASA Dryden Flight Research Center, Central Warehouse Building #4876, where it will be off-loaded by NASA forces. Prior to shipping, the Supplier shall provide NASA with precise instructions for lifting or picking the module off the trailer. If possible, NASA would prefer to off-load the unit with a fork lift. At some future date, NASA forces will relocate the Security Module to its final location, and provide all hold-downs and utility connections. 1.4 OCCUPANCY OF PREMISES: N/A 1.5 GOVERNMENT-FURNISHED EQUIPMENT (GFE):= =20 None 1.6 WARRANTY: All materials, equipment, structures and workmanship provided under this contract shall be warranted by the Contractor to free from failures and defects for the period of one year from the date of final project acceptance. Except the roof membrane assembly shall have a five-year manufacturer's warranty for weather proofing. DIVISION 2 - SITEWORK & DEMOLITION: None DIVISION 3 - CONCRETE: NASA forces will construct the concrete pad upon which the Security Module will eventually be placed. NASA forces will also install the CMU wainscot and the cement stucco finish on the fascia area. DIVISION 4 - MASONRY 4.1 CMU WAINSCOT: (Site work by NASA forces): After the Security Module is set in its final location, NASA forces will install a concrete masonry unit (CMU) wainscot around the Module to a height of about 32" above the Module floor. (See Sketches.) DIVISION 5 - METALS 5.1 STEEL MAIN FRAME: The basic structural framework of the Security Module shall be tubular steel sections, sized per engineered design by the Manufacturer, and welded up solid in an integral moment-resistant box structure. 5.2 STEEL SUBFRAMING:= =20 All subframing members shall be steel sections, shapes and sizes in accordance with the manufacturer's standard design and details. Subframing shall be securely welded to the main frame. Also provide at least 4 corner hold-down flanges which project not more than 4". (NASA forces will attach the Module to a concrete slab with four =BE" diameter grouted-in anchor bolts.) 5.3 STEEL PANELING: Provide steel panels for walls, floor, ceiling, roof and fascia. Note that NASA forces will install a cement stucco finish on the fascia. Provide steel finish panels on interior side of walls. 5.4 GUARD WORK SURFACES: Provide two guard work surfaces, made from about 12 gage stainless steel with satin finish. Roll the front edges down for strength and safety. 5.5 METAL FINISHES: Provide the manufacturer's standard factory primer finish on all exposed metal surfaces. To help make finish decisions, note that NASA Dryden has a hot, dry climate with about 5 inches of annual precipitation. 5.6 LIFTING EYES:= =20 At the module roof, and just above the four main corner posts, provide picking points or steel loops or rings for safe crane handling of the module. DIVISION 6 - WOOD & PLASTICS (None) DIVISION 7 - THERMAL & MOISTURE PROTECTION 7.1 THERMAL INSULATION: In the walls and ceiling area, provide the manufacturer's standard rigid polyisocyanurate foam panels, with at least R-13 rating in the walls and at least R-30 rating in the ceiling-roof area. 7.2 ROOF PANELING: Provide the manufacturer's standard weatherproof roofing panels and system. Provide drains or downspouts for rainwater to quickly shed off and be carried to ground grade. DIVISION 8 - DOORS & WINDOWS 8.1 BALLISTIC-RATED EXTERIOR DOORS & FRAMES: Frame shall be manufacturer's standard steel door frame, minimum 16 gage galvanized steel, or built in integral with door sub-frame tubing. Doors shall be manufacturer's standard heavy-duty, ballistics-rated panels with foam insulated cores. The Sketches show doors to be 2'-6" wide by 7'-0" high, which size may be adjusted to meet standard unit sizing for these special doors. Note that the 24" wide door is deemed too narrow for convenient entry of personnel and equipment. Provide frames and doors with factory prime coat and final enamel paint finish per PAINTING. See Hardware Schedule for new door hardware. 8.2. DOOR GLAZING: Both doors shall be furnished with manufacturers standard ballistic-rated door glazing for the scheduled Bid Item. Glazing shall have an integral tinting or provide tinting film, solar bronze shade. 8.3. WINDOW GLAZING: All perimeter windows (6 panels) shall be manufacturer's standard ballistic-rated glazing (Level-3 for Base Bid Item, or Level-4 for Additive Option #1). Glazing shall have an integral tinting or provide tinting film, solar bronze shade. 8.4 DOOR AND HARDWARE SCHEDULE: All items are BHMA/ANSI A156 series. Unless otherwise noted (NO SUB), all proprietary scheduled products may be substituted with an approved equal item. HW-1 Doors #D-1 and #D-2 (both RH) 1.5 pair Hinges=09=09=20=20= =20 Stanley #FBB168 4 =BD" x 4 =BD" NRP, or mfgr's std heavy duty hinge 1 e= ach Lockset Marks Survivor #195 (cylinder type) with lever grabs (NO SUBS) F-84/S Classroom function 1 each Core Best uncombinated TC7 keyway (NO SUBS) 1 each Kickplate 10" high x width-2" stainless steel, 16 gage 1 each Threshold Manufacturer's standard, NPG #412BR, or equal 1 each Door shoe Manufacturer's standard, NPG #15NA, or equal 1 set Weatherstripping Pemko S88D, Stanley 5050, or equal DIVISION 9 - FINISHES 9.1 ACOUSTIC CEILING: Provide the manufacturer's standard acoustic ceiling finish to absorb sound and diminish reverberation in this small steel and glass module. Color shall be white. 9.2 RESILIENT FLOORING AND VINYL BASE: Provide commercial grade vinyl composition flooring, 12" x 12" x 1/8" thick; Armstrong Imperial Texture #51839 Fortress White, or manufacturer's equivalent. Provide vinyl or rubber top-set coved base: Burke, or approved equal, Tan color. 9.4 PAINTING: All exposed metal surfaces, doors and frames, and other unfinished items shall receive one coat primer plus 2 coats factory enamel paint, color as selected by NASA from manufacturer's full range of standard factory colors. DIVISION 13 - SPECIAL CONSTRUCTION 13.1 SECURITY MODULE (GUARD BOOTH): This entire Statement of Work pertains to and describes the Security Module, but this section sets forth general requirements and conditions: 13.1.1 SUBMITTALS: Prior to fabrication, the Supplier shall provide for NASA review and minor revision: Shop Drawings (4 sets) of the Security Module as it will be delivered to NASA. Within 14 calendar days, NASA will return two sets of Shop Drawings with one of the following actions: Approved (for Construction), Approved as Noted, or Disapproved-Resubmit. The Supplier shall comply with NASA comments and revisions prior to module fabrication. 13.1.2 STRUCTURAL DESIGN CONDITIONS: The following local load conditions shall apply to factory design and construction of this Security Module: 1. Building Dead Loads =3D actual weights and loads. 2. Superimposed Dead Load =3D say 5 psf for speci= al lights and security equipment. 3. Floor Live Load =3D say 100 psf uniform load per UBC Table #16-A. 4. Roof Live Load =3D 20 psf reducible uniform lo= ad per UBC Table #16-C. 5. HVAC Equipment Load: Verify package unit weight, which will sit on roof. 6. Snow Load =3D 4.0 psf uniform load per formula a= nd tables in UBC Appendix 16. 7. Wind Load: Varies around building. Assume 80 mph and Exposure C. Say P =3D 25 psf. 8. Seismic Zone #4 per UBC Figure #16-2. 9. Occupancy Category (Importance Factor) I =3D 1.25, Ip =3D 1.50, I= w =3D 1.15 per UBC Table #16K-1. 10. Load Combinations per UBC #1612. 11. Soil Bearing Capacity: N/A; unit will sit on Government-furnished concrete slab. (UBC is Uniform Building Code, 1997 Edition.) 13.1.3 BALLISTIC RATING: For the Base Bid Item, the walls, doors and glazing shall provide Level-3 ballistic rating. For the Additive Bid Option #1, the walls, doors and glazing shall provide Level-4 ballistic rating. In both cases, the unit floor and roof does not require a ballistic rating. 13.1.4 RELOCATABILITY: Besides providing for its initial handling and setting, this Security Module may need to be relocated to another site at some future date. Provide permanent, structural lifting eyes or pick-points on the roof. DIVISION 15 - MECHANICAL 15.1 PLUMBING: None in this module. 15.2 HVAC UNIT: Provide manufacturer's standard roof-mounted HVAC unit, sized by the manufacturer for NASA Dryden climatic averages, and to comfortably serve the Module with two guard occupants. Unit shall be installed, complete, with thru-roof duct, and supply air register with adjustable vanes for 4-way air distribution. Unit shall be powered by 120/208 volt, 60 hertz, single phase or 3-phase power. Provide thermostat controller with temperature control, on-off, and adjustable timer. Besides a circuit breaker in the Module power panel, provide a switch or plug-in at the rooftop unit for safe maintenance work. DIVISION 16 - ELECTRICAL 16.1= =20 GENERAL: All work shall conform to the National Electric Code, NFPA 70, latest edition. 16.2 POWER PANEL: Provide manufacturer's standard brand Module power panel for 120-208 volt, 3-phase, 60 amp service, with about 10 to 12 breaker spaces. Breakers shall be bolt-on type. Feed power supply in this panel through a 3-pole main breaker. 16.3 CONDUIT & CONDUCTORS:=20 Wherever possible, all new boxes and conduits shall be embedded or concealed inside wall panels and structural tubing members. Electrical conductors shall be THWN or THHN stranded copper, minimum #12 AWG, and installed within either flexible metallic conduit or EMT, minimum =BD inch size. Exposed exterior conduit shall be weather and water-proof, either flexible or EMT. 16.4 SURFACE-MOUNTED RACEWAY: Between the interior guard's work surface and the window sills, install surface-mounted prewired aluminum raceway with two compartments, one for electrical power receptacles and switches, and one for telecomm wiring. (Telecomm wiring by NASA forces.) Raceway and associated corners, trims, outlets, switches, plates, etc. shall be Wiremold #AL4000 system, or approved equal. Each end of the module will have at least 3 receptacles and 2 switches in this surface-mounted raceway system. See Sketches for layout. 16.5 BOXES:=20 Exterior exposed boxes for receptacles and J-boxes for future lights and signals, etc. shall be NEMA 3-R weatherproof type. At least 4 of these boxes shall be installed up on the inside of the roof fascia as shown on the Sketches. 16.6 SWITCHES & RECEPTACLES: All new electrical power receptacles shall be specification grade 20A, 125 VAC, 2 pole, 3 wire duplex type, ivory color with standard phenolic ivory device plates. The two exterior receptacles will require GFCI device(s) and weatherproof cover plates. They need to finish off about 6" off the module in the CMU wainscot, so leave them unattached on short sections of flexible conduit.= =20 New light and equipment switches shall be commercial grade toggle type, rated at 20 amps. New receptacles and switches may be located by the supplier for ease of construction as long as minimum NEC/NFPA-70 standards are met. 16.7 LIGHTING: Provide the manufacturer's standard lighting fixtures plus lamps or bulbs, but closely match the following specified fixtures for function, features and quality: 16.7.1 Interior Fluorescent Fixtures: Provide two each: Surface wraparound fluorescent fixtures with low-profile; acrylic prismatic lens; two 32 watt lamps; T-8 high-efficiency electronic ballast; white enamel finish; Cooper Lighting-Metalux #WE232A120VEB81, or approved equal. 16.7.2 Interior High-Abuse Fixtures:=20 Over the two guard work surfaces, provide an impact-resistant fixture for a single red bulb. These fixtures must provide a protective wire cage or a tough globe to provide impact protection. See Cooper Lighting Fail-Safe vandal-resistant high-abuse fixture #FBP-7-120V, or approved equal. 16.7.3 Exterior Fixtures: The exact exterior fixture requirement is not yet known, but these fixtures will be mounted on the roof fascia or soffit.=20 The Supplier shall provide four NEMA 3R junction boxes, mounted up on the inside of the roof fascia panel, and fed with empty conduits up from the power panel. NASA forces will install their particular lighting and traffic control fixtures at a later date. 16.8 TELECOMM: Shall be installed later by NASA forces. 16.9 FIRE ALARM SYSTEM: Shall be installed later by NASA forces. 16.10 SECURITY SYSTEM: Shall be installed later by the NASA forces. 16.11 PUBLIC ADDRESS & MUSIC: Shall be installed later by NASA forces. Drawings available upon request. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The Government intends to acquire a commercial item using FAR PART 12. This procurement is a total small business set-aside. See Note 1. The NAICS Code and Size Standard are 332311 and 500 employees, respectively, The DPAS Rating for this procurement is DO C9. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All qualified responsible sources may submit a quote which shall be considered by the agency. An ombudsman has been appointed - See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/DFRC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=3DC&pin=3D24=20= =20=20=20 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential quoters will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html=20=20=20=20=20
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=3DD&pin=3D24#102890)
 
Record
SN00158937-W 20020907/020905214029 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.